|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245Dept of Health and Human Services, Indian Health Service, Engineering
Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA
98121 C -- PROPERTY SURVEY (SIC 8713) AT NEAH BAY AND TOPPENISH WASHINGTON,
PROJECT PO9NB004CF/PO9YA005CF SOL 102-AE-99-0008 DUE 122998 POC Dale
Burson 206-615-2456 E-MAIL: click here to contact the contracting
officer by e-mail, dburson@ess.ihs.dhhs.gov. Work includes, but is not
limited to, preparation of property boundary descriptions including
conducting property boundary surveys and preparing plat maps for
recording of land leases. The estimated value of the work is less than
$10,000. Two plat maps and legal property descriptions will be
developed under this contract. The first survey will be at the Indian
Health Service's (IHS) Yakama Service Unit in Toppenish, Washington.
The current IHS lease consists of approximately 9.57 acres. The new
lease will be approximately 8.12 acres after eliminating approximately
1.45 acres from the east end of the property. The second survey will
be at the IHS's Neah Bay Service Unit in Neah Bay, Washington. The
current IHS lease consists of approximately 0.82 acres. The new lease
will be approximately 0.86 acres after adding a total of approximately
0.04 acres to the Northeast and Southwest ends of the property. The
following selection evaluation criteria, in relative order of
importance, will be used in the evaluation of firms: (1) Professional
qualifications of firm and staff proposed for conducting the land
survey and preparing the property boundary description and the plat
maps. The project must be under the supervision of a Professional Land
Surveyor licensed in the State of Washington. (2) Specialized recent
experience and technical competence of firm or particular staff members
conducting land surveys. (3) Past performance on contracts with
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules. (4)
Capacity to accomplish the work within 45 days from the date of the
Notice to Proceed. (5) Location in the general geographical area of the
surveys and knowledge of the locality of the project; provided, that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the project. (Due to the distance
between the two surveys the government may elect to issue two
contracts). This proposed acquisition is set-aside under the Buy Indian
Act for 51% Indian-owned firms. Not more than fifty (50) percent of the
work performed under a prime contract awarded pursuant to the Buy
Indian Act may be performed by other than Indian-owned firms. For this
purpose, work to be performed does not include the provision of
materials, supplies, or equipment. If less than three Indian
owned-firms respond, this acquisition may be re-announced as a
set-aside for small business firms. -- Firms that meet the minimum
requirements listed herein may submit a SF-254 and SF-255 package,
which shall be considered by the agency. See Notes 24 and 25. Pertinent
statements relative to the evaluation factors shall be included in Part
10 of SF 255. All submittals must be in duplicate (two copies of SF 254
and SF 255). Brochures or other presentations beyond those sufficient
to present a complete and effective response to this announcement will
not be considered. Submittals must be received on or before the due
date by 3:00 P.M. PDT. This is not a request for fee proposal. Posted
12/16/98 (W-SN281173). (0350) Loren Data Corp. http://www.ld.com (SYN# 0020 19981218\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|